Engineering Technician Services
ID: PANMCC-25-P-0000014398Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FORT BUCHANAN (RC)FORT BUCHANAN, PR, 00934-4572, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is conducting market research to identify sources capable of providing Engineering Technician Support Personnel Services. The requirement involves non-personal services to support the Directorate of Public Works (DPW) at Fort Buchanan, necessitating qualified personnel, management, and supervision. Interested parties are encouraged to submit a capabilities statement and relevant information by January 26, 2026, at 10:00 am Atlantic Standard Time, to Aheisha Crooks via email at aheisha.m.crooks.civ@army.mil. This opportunity is categorized under NAICS code 541330, with a small business size standard of $25,500,000, and the anticipated contract type is Firm-Fixed Price, expected to be awarded in June 2026.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    ROOF INSPECTION, REPAIR AND MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is soliciting bids for roof inspection, repair, and maintenance services under Invitation for Bid (IFB) No. W912C326BA002. The project, which is a total small business set-aside, requires contractors to perform comprehensive roof inspections, provide detailed reports, and execute repairs or replacements on various roofing systems, including modified bitumen and metal roofs, while adhering to strict safety and environmental regulations. The estimated contract value ranges between $5 million and $10 million, with a bid bond guarantee of 20% required. Interested vendors must submit their bids by the specified deadline and ensure compliance with all solicitation amendments; for further inquiries, they can contact Jose Lopez at jose.m.lopezfeliciano.civ@army.mil or Felix Marrero at felix.r.marrero2.civ@army.mil.
    Repair and Installation of Fences and Gates
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a firm-fixed-price, indefinite delivery, indefinite quantity (IDIQ) contract for the repair and installation of fences and gates at Fort Buchanan, Puerto Rico. The project aims to enhance security infrastructure by repairing existing fences and installing new fencing and gates, including various types and heights, with a total contract value estimated between $5,000,000 and $10,000,000. This opportunity is a 100% set-aside for 8(a) firms on a competitive basis, with a performance timeline commencing within 10 calendar days of award and completion expected within 1825 calendar days. Interested contractors should contact Eileen Rivera at eileen.z.riveradomenech.civ@army.mil or Felix Marrero at felix.r.marrero2.civ@army.mil for further details and to ensure compliance with all solicitation requirements.
    INDEFINITE DELIVERY CONTRACT FOR ARCHITECT AND ENGINEERING (A-E) SERVICES FOR TOPOGRAPHIC AND HYDROGRAPHIC SURVEYING AND MAPPING SERVICES TO SUPPORT THE CARIBBEAN DISTRICT AND USACE
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Caribbean District, is seeking qualified small business firms to provide architect and engineering (A-E) services for topographic and hydrographic surveying and mapping. The contract aims to support various civil works projects within the geographic boundaries of Puerto Rico and the Antilles, including tasks such as property boundary surveys, geodetic control surveys, and inland hydrographic surveying. This Indefinite Delivery, Indefinite Quantity contract will have a maximum order limit of $5 million over a potential five-year period, with responses due to the primary contact, Katrina Chapman, at katrina.l.chapman@usace.army.mil by the specified deadline. Interested firms are encouraged to submit a Statement of Capability detailing their experience, equipment, and past performance relevant to the required services.
    CONSTRUCT STREAM BRIDGE TO REPLACE NRP-03
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort McCoy, Wisconsin, is soliciting proposals for the construction of a stream bridge to replace NRP-03. This project falls under the NAICS code 237310, which pertains to Highway, Street, and Bridge Construction, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The construction of this bridge is critical for maintaining infrastructure and ensuring operational capabilities at Fort McCoy. Interested contractors can reach out to Kristine Scholz at kristine.k.scholz.civ@army.mil for further details regarding the solicitation process and requirements.
    FY23-28 General Construction Services BPA - W911S223S8000
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple HUBZone small businesses to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. The BPA aims to facilitate various construction projects, including new work, additions, alterations, and maintenance of real property facilities, with an estimated total value of $15 million across approximately 35 projects annually, each averaging around $75,000. Interested contractors must comply with specific requirements, including obtaining payment bonds for projects exceeding $35,000, adhering to Davis-Bacon wage rates, and registering in the System for Award Management (SAM) and Wide Area Workflow (WAWF). Responses from interested parties must be submitted electronically by August 28, 2023, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, including necessary documentation such as UEI, CAGE, Tax ID, and a capability statement.
    Preventative Maintenance/ Demand Maintenance (PM/DM) Indefinite Delivery Indefinite Quantity (IDIQ) Department of Defense Education Activity (DoDEA) for Fort Bragg, NC and Camp Lejeune, NC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), Norfolk District, is seeking qualified small businesses for a Preventative Maintenance/Demand Maintenance (PM/DM) Indefinite Delivery Indefinite Quantity (IDIQ) contract for facilities at Fort Bragg and Camp Lejeune, North Carolina. The contract will encompass a range of maintenance services, including the operation and maintenance of heating, ventilation, and cooling systems, kitchen equipment, and facility control systems, ensuring the efficient and safe operation of educational facilities for students and teachers. The anticipated solicitation is expected to be issued around March 2026, with a contract maximum of $11 million and a proposal submission deadline projected for April 2026. Interested firms must respond to the Sources Sought notice by January 13, 2026, and can contact Michael Stevenson Jr. or Candace Lotomau for further information.
    Z--ROOF REPLACEMENT AT FORT MATANZAS NATIONAL MONUMENT
    Interior, Department Of The
    The Department of the Interior's National Park Service (NPS) is preparing to issue a Request for Proposals (RFP) for a Firm Fixed Price construction contract focused on roof replacement at the Visitor Center and Law Enforcement Buildings within Fort Matanzas National Monument, located in St. Augustine, Florida. The project requires comprehensive labor, materials, and supervision to complete the work in accordance with the forthcoming Statement of Work and Drawings. The estimated contract value ranges between $25,000 and $100,000, with a total small business set-aside under NAICS Code 238160, necessitating active registration in SAM.gov. Interested contractors should monitor SAM.gov for the solicitation release around January 5, 2026, and are encouraged to attend a scheduled site visit to fully understand the project requirements. Proposals must be submitted electronically, with the contract expected to be awarded in late March or early April 2026. For further inquiries, contact Yujeiry Eusebio at TonyEusebio@nps.gov or call 470-819-0959.
    DB/DBB, IDIQ Multiple Award Construction Contract (MACC) Large Projects Hampton Roads AOR, VA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is conducting market research to identify eligible small businesses for a Design-Build/Design-Bid-Build Indefinite Delivery/Indefinite Quantity Multiple Award Construction Contract (MACC) for large projects in the Hampton Roads Area of Responsibility, Virginia. This contract will encompass a variety of construction services, including new construction, demolition, repair, alteration, and renovation of various facilities, with an estimated total construction cost of up to $975 million over five years. Interested small businesses must demonstrate relevant experience as prime contractors on projects valued at $30 million or more, with specific requirements for bonding capacity and project complexity. Responses are due by January 2, 2026, and should be submitted electronically to Ashlee Beggs at ashlee.r.beggs.civ@us.navy.mil.
    Facility Investment Services in Arizona and New Mexico
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Facility Investment Services across five locations in Arizona and New Mexico. This procurement involves non-personal services that encompass all necessary labor, transportation, equipment, materials, supervision, and other items as outlined in the Performance Work Statement. These services are crucial for maintaining and enhancing facility operations within the 63rd Region 4, with the contract period set to commence on March 1, 2026, and extend through February 28, 2027, including two optional twelve-month extensions and a six-month option to extend services. Interested parties should contact Laurie Lago at laurie.e.lago.civ@army.mil for further details.
    SPECIAL NOTICE - UNACCOMPANIED ENLISTED PERSONNEL HOUSING (UEPH) JOINT BASE MYER-HENDERSON HALL (JBMHH) VIRGINIA SUBCONTRACTING GOALS
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Baltimore District, is seeking industry feedback regarding subcontracting goals for the Unaccompanied Enlisted Personnel Housing (UEPH) project at Joint Base Myer-Henderson Hall (JBMHH) in Virginia. The procurement aims to establish realistic subcontracting goals for small businesses, including categories such as Small Disadvantaged Business, Women-Owned Small Business, and Veteran-Owned Small Business, among others, as part of the solicitation process for a contract expected to exceed $2 million. This project is significant as it involves the construction of troop housing facilities, which are essential for supporting military personnel. Interested parties are encouraged to submit their feedback via email to the primary contact, Aisha Boykin, at aisha.r.boykin@usace.army.mil, or the secondary contact, Tamara Bonomolo, at tamara.c.bonomolo@usace.army.mil, by the deadline of January 5, 2026, at 11:00 AM EST.